Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

56 -- BASIN GRAVEL MIX - Package #1

Notice Date
6/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-13-0159
 
Point of Contact
Peggy Scott, Phone: 530-478-6123
 
E-Mail Address
mscott01@fs.fed.us
(mscott01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-9A63-S-13-0159 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. This is a total small business set-aside. The NAICS code is 423320 and small business size standard is 100 employees. The intent of this contract is to select a contractor who will provide the US Forest Service with the required Rock, Gravel and Sand needed for the Upper Truckee River Restoration Project. The contract will be for a 4 week period beginning approximately July 1, 2013 and ending July 26, 2013 with the option to adjust the quantities, + or -, at the per ton price. The contract period can be adjusted as needed by the contracting officer. The materials listed in this contract will be used in the construction of a stream and meadow restoration project. All aggregates supplied will be river run, rounded material that comes from a certified weed free location. The material will be washed and delivered to our Upper Truckee stock pile area. Material evaluation sheets and location of source should be included in contract quotes. For safety reasons, all deliveries must enter and exit the site using the east bound lane of Hwy 50, to avoid crossing the Highway. The road from Hwy 50 to the delivery site is approximately 200 ft. in length and is a well compacted dirt road. 1. Quantity 1416 Tons, Rock - 1" minus, also called 1 X 4, River run naturally rounded material. Washed and certified weed free. 2. Quantity 522 Tons, Gravel - 3/8" Pea Gravel (Birdseye). River run naturally rounded material. Washed and certified weed free. 3. Quantity 702 Tons, Coarse Sand, Washed and certified weed free. 4. Quantity 1770 Tons, Rock 1 1/2" CA, River run naturally rounded material. Washed and certified weed free. The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Delivery to: The project drop off site is located along Hwy 50 midway between Meyers and the Y at South Lake Tahoe, CA. The Lake Tahoe Airport property is adjoining the project site just northeast of the drop off site. For safety reasons, all deliveries must enter and exit the site using the east bound lane of Hwy 50, to avoid crossing the Highway. The road from Hwy 50 to the delivery site is approximately 200 ft. in length and is a well compacted dirt road. Any prospective contractor desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing from the Contracting Officer soon enough to allow a reply to reach all prospective contractors before the solicitation closing date. Oral explanations or instructions given before the award of a contract will not be binding. Deliveries will only be accepted from 8:00AM to 5:00PM Monday thru Friday, excluding the July 4th holiday. 2 Attachments Attachment 1, Product Blend Chart Attachment 2, Map Clauses & Provisions The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The provision at 52.214-21, Descriptive Literature applies to this acquisition and a statement regarding any addenda to the provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Offers are due to Thursday June 27, 2013, at 4:30 p.m. PDT. Offers can be faxed to 530-478-6126. Please provide your DUNS number for verification that your company is registered in the System for Award Management (SAM) database. Award will only be made to a vendor who has a valid, current SAM registration. For more information about SAM, please go to www.sam.gov. Please contact Peggy Scott, Purchasing Agent, email mscott01@fs.fed.us, 530-478-6123 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-13-0159/listing.html)
 
Place of Performance
Address: Lake Tahoe Basin Management Unit, South lake Tahoe, California, 96150-4500, United States
Zip Code: 96150-4500
 
Record
SN03086865-W 20130614/130612234827-bb0f1bedae0f66725c510df2e747ce5d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.